The purpose of this contract is to provide specialized support for the Attitude Determination and Control System (ADCS) of the ACS3 spacecraft. The contractor shall address operational challenges, enhance control optimization, and facilitate integration ta
ID: 80NSSC25894204QType: Special Notice
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA SHARED SERVICES CENTERSTENNIS SPACE CENTER, MS, 39529, USA

NAICS

Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing (336419)

PSC

EDUCATION, TRAINING, EMPLOYMENT, & SOCIAL SVCS R&D SVCS; SOCIAL SVCS R&D; BASIC RESEARCH (AF31)
Timeline
    Description

    NASA's National Aeronautics and Space Administration (NASA) is seeking specialized support for the Attitude Determination and Control System (ADCS) of the ACS3 spacecraft through a sole-source contract with KONGSBERG NANOAVIONICS US LLC. The contractor will be responsible for addressing operational challenges, enhancing control optimization, and facilitating integration tasks to ensure mission success during the spacecraft's de-orbiting process. This procurement is critical for maintaining technical continuity and efficiency, as the selected contractor's familiarity with the project is essential for mitigating risks associated with vendor transitions. Interested parties must submit their qualifications by 7 a.m. CST on February 5, 2025, with inquiries directed to Shanna Patterson at shanna.l.patterson@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The statement of work outlines a contract for specialized support services for the Attitude Determination and Control System (ADCS) of the ACS3 spacecraft. The contractor is responsible for addressing operational challenges and enhancing control optimization to assist in the spacecraft's de-orbiting process. Key tasks include providing operational support through expert feedback, performing ADCS analysis and optimization for various flight scenarios, and developing 'blackbox' models for momentum management and command tracking. These models will be integrated into the Marshall Space Flight Center's simulation environment, which involves generating validation data and troubleshooting assistance. Services will primarily be conducted remotely, with potential on-site coordination at NASA facilities, and the contract duration is set to a maximum of 12 months from the award date. This work is crucial for the successful operation of the ACS3 mission and reinforces NASA's objectives in spacecraft control and de-orbiting processes.
    The document outlines a recommendation from the NASA Shared Services Center to negotiate a sole source contract with NanoAvionics for the ACS3 Mission Support, projected to conclude by September 30, 2025. The rationale for this recommendation is centered on NanoAvionics’ extensive involvement with the ACS3 project, highlighting their technical expertise, familiarity with project requirements, and the risks and costs associated with switching vendors. The assessment emphasizes that transitioning to another vendor could lead to significant challenges, including technical integration issues, increased costs from design alterations, potential performance variability, and operational disruptions. Maintaining NanoAvionics ensures technical continuity, cost efficiency, and risk mitigation, aligning with NASA's objectives for successful project delivery. Overall, the recommendation emphasizes the importance of continuity and familiarity with project intricacies to maintain momentum toward mission goals without unnecessary delays or complications.
    NASA's Ames Research Center (ARC) is seeking specialized support for the Attitude Determination and Control System (ADCS) of the ACS3 spacecraft through a sole-source contract with KONGSBERG NANOAVIONICS US LLC, the sole provider for this service. The contractor is expected to address various operational challenges, enhance control optimization, and assist in integration tasks to ensure mission success during spacecraft de-orbiting. This procurement will be conducted under FAR Part 12 and FAR Part 13, focusing on acquiring commercial items and services. Organizations interested in competing for this procurement must submit their qualifications by 7 a.m. CST on February 5, 2025, for evaluation. The decision to pursue a competitive process rests entirely with the government. NASA emphasizes that communication regarding this notice must be written, as oral communications are not allowed. For inquiries, Shanna Patterson, a Procurement Specialist, is the primary contact.
    Similar Opportunities
    3262033-0502 REGULATED CONNECTOR
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure the 3262033-0502 Regulated Connector, with the intention of issuing a sole source contract to Mission Systems Davenport, Inc. This procurement is critical for the NASA Armstrong Flight Research Center (AFRC) and involves specific compliance with quality standards and logistical requirements, including coordination for freight delivery to Edwards Air Force Base. Interested organizations are invited to submit their capabilities and qualifications by 4:00 p.m. Central Standard Time on February 5, 2025, to determine if a competitive procurement process will be pursued. For further inquiries, interested parties may contact Tracy Bremer at tracy.g.bremer@nasa.gov or by phone at 228-813-6136.
    SW - VA One
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to procure maintenance and technical support for its VA One licensing software through a sole-source contract with ESI North America, Inc. This procurement is essential to ensure the continuity of software patches, support, and upgrades necessary for critical projects, including the Space Launch System (SLS) and Gateway, which rely on the software for model validation. The contract is set to run from April 1, 2025, to March 31, 2026, and interested organizations are invited to submit their qualifications by 7 a.m. Central Standard Time on February 5, 2025. For further inquiries, potential bidders can contact Shanna Patterson at shanna.l.patterson@nasa.gov.
    Flight Dynamic Support Services (FDSS III) Extension
    Buyer not available
    NASA's Goddard Space Flight Center is seeking to extend its Flight Dynamics Support Services (FDSS III) contract, which provides essential flight dynamics support for various space missions and systems analysis. The procurement aims to ensure continued operational support, including orbit determination, trajectory control, and attitude analysis, while also advancing technology development in navigational techniques and software engineering compliance. This sole source contract extension to OPR, LLC is critical for maintaining mission capabilities through October 31, 2025, as a follow-on competitive contract is anticipated. Interested organizations may submit their qualifications to Jacob Perez at jacob.a.perez@nasa.gov by 4:30 PM EST on October 21, 2024, for consideration in the acquisition process.
    4D Tech NanoCam HD Dynamic Optical Profiler
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a 4D Tech NanoCam HD Dynamic Optical Profiler, which is essential for assessing the roughness of optics within the m-40 system at the Marshall Space Flight Center. The procurement includes a high-resolution CMOS sensor, a 460nm LED, a desktop or laptop computer running Windows 10, and a motorized tripod with a hand controller, all aimed at enhancing the center's optical measurement capabilities. This acquisition is part of NASA's efforts to advance technology and precision in aerospace research, with the equipment to be delivered to the Central Receiving facility in Huntsville, Alabama, within six weeks after order placement. Interested organizations must submit their capabilities and qualifications to Cody Guidry by 1:00 p.m. Central Standard Time on February 6, 2025, to be considered for this sole source contract.
    Saratech Maintenance Renewal FY25
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to procure a maintenance renewal for Saratech software, which is critical for various engineering applications at the Johnson Space Center (JSC) in Houston, Texas. The procurement involves annual maintenance for 24 specific software licenses, including FEMAP, NASTRAN Data Translator, and various NX and Simcenter products, ensuring operational efficiency and support for NASA's aerospace missions throughout the year. This maintenance renewal is planned for the period from January 1, 2025, to December 31, 2025, and will be conducted through a sole source contract with PAYDARFAR INDUSTRIES, INC., the exclusive provider for this service. Interested organizations must submit their capabilities and qualifications by December 10, 2024, at 1 p.m. CST, with inquiries directed to Cara Craft at cara.s.craft@nasa.gov.
    Commercial SmallSat Data Acquisition (CSDA) Program Indefinite Delivery Indefinite Quantity (IDIQ) On-Ramp 1 - Request for Proposals (RFP)
    Buyer not available
    NASA's National Aeronautics and Space Administration is seeking proposals for the Commercial SmallSat Data Acquisition (CSDA) Program through an Indefinite Delivery Indefinite Quantity (IDIQ) contract, aimed at enhancing Earth observation capabilities. The procurement focuses on acquiring Earth observation data from commercial sources to support NASA's Earth science research, reflecting a strategic investment in geospatial technology. A total of eight contracts have been awarded under this initiative, with a shared ceiling value of $476 million, effective through November 15, 2028. Interested vendors can reach out to Jason Lou at jason.d.lou@nasa.gov or Keisha Willingham at keisha.s.willingham@nasa.gov for further information.
    Inspection and repair of LaRC G-III engine
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA/NSSC) is seeking to procure inspection and repair services for the LaRC G-III engine, specifically for the Spey engine (S/N 11189) installed in a Gulfstream GIII aircraft (N520NA). The selected vendor will be responsible for evaluating the engine following damage identified during a borescope inspection, which includes assisting with engine removal, transportation, and conducting inspections at their facility, ultimately leading to a repair plan that requires NASA's approval. This initiative is critical for maintaining aerospace research capabilities while ensuring compliance with safety and regulatory standards, as all work must adhere to applicable technical publications and FAA regulations. Interested organizations must submit their capabilities and qualifications in writing to Kacey Hickman at kacey.l.hickman@nasa.gov by 1:00 p.m. Central Standard Time on February 7, 2025, with the project timeline mandating completion by March 14, 2025.
    Simulation and Advanced Software Services II (SASS II)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified vendors to provide Simulation and Advanced Software Services II (SASS II) at the Johnson Space Center. This procurement aims to secure specialized simulation services in areas such as space-based robotics, avionics, vehicle guidance, navigation and control, and advanced software development for various NASA programs, including the International Space Station (ISS), Orion, and Artemis initiatives. The selected contractor will play a crucial role in enhancing NASA's capabilities in simulation and software development, supporting future exploration needs. Interested parties must submit their capability statements by June 7, 2024, and can direct inquiries to Carlos Roman at carlos.roman@nasa.gov or Yushu Mao at yushu.mao@nasa.gov.
    Comsol Renewal
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its Comsol software licenses through a sole source contract with Comsol, Inc. The primary objective of this procurement is to secure updated license files and necessary features for a 12-month subscription, which is critical for the development, analysis, and simulation of processing systems, particularly those involved in instrument signal processing. This renewal is essential to avoid delays in time-sensitive projects that could affect their schedules within the current fiscal year. Interested organizations must submit their capabilities and qualifications in writing to the designated contacts by 11:59 a.m. Eastern Standard Time on February 7, 2025, with the procurement being conducted under FAR Part 12 and FAR Part 13 guidelines. For further inquiries, interested parties can reach out to Kathi Thomas at katheryn.a.thomas@nasa.gov or Tiffany Neal at tiffany.neal@nasa.gov.
    State-of-the-Art X-ray Grazing Incidence Optics
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking information from potential industrial sources for the development of state-of-the-art X-ray grazing incidence optics, specifically designed to achieve arc-second angular resolution in a space environment. The procurement aims to identify suppliers capable of designing, manufacturing, integrating, aligning, and testing segmented glass X-ray optics within a conventional Wolter-I optical configuration, utilizing space-qualified materials and advanced manufacturing techniques. This initiative is critical for advancing NASA's capabilities in high-performance science instruments for space applications. Interested firms must submit a capability statement by February 7, 2025, detailing their qualifications and readiness to meet the specified requirements, with submissions directed to Kathy Cooper at kathy.cooper@nasa.gov.